Section one: Contracting authority
one.1) Name and addresses
Department of Finance
303 Airport Road West
BELFAST
BT3 9ED
Contact
Collaboration.CPDfinance-ni.gov.uk
Collaboration.CPD@finance-ni.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etendersni.gov.uk/epps
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
DoF – Collaborative Arrangement – Provision of auction services for vehicles and associated garage equipment (ID 4404026)
two.1.2) Main CPV code
- 79342400 - Auction services
two.1.3) Type of contract
Services
two.1.4) Short description
This contract will be for the provision of Auction Services for a term of 4 years. The anticipated commencement date shall be 22 November 2023 and expire on 21 November 2027. The Contractor must dispose, by means of public auction items as required, for example vehicles, office furniture, workshop / garage equipment and any ad-hoc items. Please note this contract does not facilitate the disposal of ICT equipment by means of public auction. This Contract will be structured into 2 Lots – • Lot 1 – General Auction Services • Lot 2 – PSNI and NIEA Seized Goods
two.1.5) Estimated total value
Value excluding VAT: £15,600,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 – General Auction Services
Lot No
1
two.2.2) Additional CPV code(s)
- 79342400 - Auction services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
This contract will be for the provision of Auction Services for a term of 4 years. The anticipated commencement date shall be 22 November 2023 and expire on 21 November 2027. The Contractor must dispose, by means of public auction items as required, for example vehicles, office furniture, workshop / garage equipment and any ad-hoc items. Please note this contract does not facilitate the disposal of ICT equipment by means of public auction. This Contract will be structured into 2 Lots – • Lot 1 – General Auction Services • Lot 2 – PSNI and NIEA Seized Goods
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £15,600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
A renewal contract will be required upon expiry of this contract in 2027.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The value at II.2.6 is an estimate only. This is a demand lead Contract. There is no guaranteed level of business.
two.2) Description
two.2.1) Title
Lot 2 – PSNI and NIEA Seized Goods
Lot No
2
two.2.2) Additional CPV code(s)
- 79342400 - Auction services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
This contract will be for the provision of Auction Services for a term of 4 years. The anticipated commencement date shall be 22 November 2023 and expire on 21 November 2027. The Contractor must dispose, by means of public auction items as required, for example vehicles, office furniture, workshop / garage equipment and any ad-hoc items. Please note this contract does not facilitate the disposal of ICT equipment by means of public auction. This Contract will be structured into 2 Lots – • Lot 1 – General Auction Services • Lot 2 – PSNI and NIEA Seized Goods
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £15,600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
A renewal contract will be required upon expiry of this contract in 2027.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The value at II.2.6 is an estimate only. This is a demand lead Contract. There is no guaranteed level of business.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As per tender documents.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 June 2023
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 24 September 2023
four.2.7) Conditions for opening of tenders
Date
26 June 2023
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: July 2023
six.3) Additional information
Contract monitoring: the successful contractor’s performance on the contract will be regularly monitored. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in construction and procurement delivery (CPD) for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, this may be considered grounds for termination of the contract at your expense as provided for in the Conditions of Contract. In lieu of termination, CPD may issue a Notice of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple Notices of Written Warning or a Notice of Unsatisfactory Performance may, in accordance with The Public Contracts Regulations 2015 (as amended), be excluded from future public procurement competitions for a period of. up to three years.
six.4) Procedures for review
six.4.1) Review body
The UK does not have any such bodies with responsibility for review/appeal or mediation procedures
Belfast
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD will comply with the Public Contracts Regulations 2015 (as amended) and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.